Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2018 FBO #5896
SOURCES SOUGHT

S -- Janitorial Services at Lake Mendocino

Notice Date
1/12/2018
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-18-S-0010
 
Point of Contact
James D. Neal, Phone: 4155036891, Roberto L. Escobedo, Phone: 4155036949
 
E-Mail Address
james.neal@usace.army.mil, Roberto.l.Escobedo@usace.army.mil
(james.neal@usace.army.mil, Roberto.l.Escobedo@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION IS AVAILABLE AT THIS TIME. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Mr. James Neal at james.neal@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a Service Contract for the U.S. Army Corps of Engineers (USACE), San Francisco District. This contract will be to provide all labor, equipment, materials, supplies, transportation and supervision to perform Janitorial Services at the Lake Mendocino Recreation Area. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. REQUIREMENTS OVERVIEW RESTROOMS (FLUSH TYPE) AND SHOWER BUILDINGS: All fixtures, floors, inside walls, partitions, benches, showers, and toilet stalls shall be cleaned, using appropriate soaps, detergents, disinfectants, and cleaning solutions. GENERAL These units are constructed of either masonry or wood frame with finished interior walls. A "typical unit" consists of a men's and women's restroom/shower, walkways and specific ground cleaning areas surrounding each of these facilities. CLEANING - All fixtures, floors, inside walls, partitions, benches, showers, and toilet stalls shall be cleaned, using appropriate soaps, detergents, disinfectants, and cleaning solutions. The following fixtures shall be thoroughly cleaned: sinks, commodes (lids and risers), urinals, showers, mirrors, and fountains by scrubbing, wiping and rinsing, or any other methods necessary, using appropriate soaps, detergents, disinfectants and cleaning solutions. STAINS AND MARKINGS - All stains, markings, and graffiti (including those on sinks, mirrors, urinals, toilets, shower stalls, water fountains, hand dryers, lights, walls (interior or exterior), floors, doors, ceilings, and partitions). SWEEPING/MOPPING- BUILDING STRUCTURE FLOORS - All floors shall be swept and the resulting debris picked up and properly disposed of. All floors shall be cleaned/mopped with warm water containing the proper amount of disinfectant. POLICING LITTER PICK-UP - Showers, change rooms, restroom interior and exteriors within 20' of the building and /or sidewalk shall have all litter, including soaps picked up and appropriately disposed of. SUPPLYING - An adequate supply of rolls of toilet tissue shall be maintained in each facility to assure that the supply will not become depleted between cleanings. Light fixtures and bulbs shall be inspected for working order. All burned out incandescent, high pressure sodium and florescent light bulbs shall be replaced. REMOVING/EMPTYING/REPLACING - Refuse from all buildings shall be emptied each time the facility is cleaned. Sanitary napkin receptacles shall be emptied and a new liner replaced each time the restroom is cleaned. SHOWERS - Showers shall be clear of all debris and foreign material at the end of every cleaning session. RESPONSE Please provide in your response to the following. The submission is limited to no more than 10 pages. 1. Offeror's name, address, point of contact, email address, and phone number. 2. Offeror's interest in bidding on the solicitation when issued. 3. CAGE code and DUNS number if available. 4. Offeror's type of small business and Business Size (small business, 8(a), HUBZone, veteran owned small business, woman owned small business, or SDVOSB). 5. Offeror's Statement of capability (SOC) - send a statement demonstrating: 5a. The skills, equipment, and personnel required to perform the specified type of services are available, or can become available if the contract is awarded. 5b. Recent and relevant experience in providing janitorial service. The contractor should submit at least 2 examples from the last 5 years. All interested contractors should notify this office in writing by email or mail by 1:00 PM Pacific Time on January 26, 2018. Submit response and information: via EMAIL to james.neal@usace.army.milor mail: Department of the Army USACE San Francisco District, 1455Market Street, Suite 1741, San Francisco, CA 94103-1398. RESULTS INFORMATION Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought notice, who fail to provide all of the required information requested, will not be used to help the government make the acquisition decision, which is the intent of this sources sought announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-18-S-0010/listing.html)
 
Place of Performance
Address: 1160 Lake Mendocino Dr., (Lake Mendocino Recreation Area Restrooms and Comfort Stations), Ukiah, California, United States
 
Record
SN04788673-W 20180114/180112230631-9850a555c7750d2b2fa2bcdde05fab10 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.